Odisha Urban Infrastructure Development Fund
Post on 12-Dec-2021
2 Views
Preview:
Transcript
Odisha Urban Infrastructure Development Fund
4th Floor,Zone A/2,Fortune Tower, Bhubaneswar-23,Ph-0674-2300396/97
Ref No-/OUIDF-149/2016 Date: 14.12.2016
Request for Proposal forAppointment of Design Agency for Branding of OUIDF
Odisha Urban Infrastructure Development Fund (OUIDF), a wholly owned Trust of Housing& Urban Development Department, Government of Odisha invites proposalsfrom reputed Design Agencies to design creatives with an objective to develop a common and comprehensive brand identity of OUIDF funded projects.The creatives are to be developed by adopting a common theme including but not restricted to color codes and design that integrate the existing logo, design signage, display etc. that brings outmaximum visibility of such projects.Interested firms may download the RFP document from the websiteswww.ouidf.in and www.urbanodisha.gov.inand submit the complete prescribedproposalsalong with supporting documents on or before 27thJanuary 2017 by 4PM.
Sd/-
Secretary & CEO,OUIDF
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
2
RFP NOTICE No.01/2016 Dated 08/12/2016 OUIDF-149/2016
REQUEST FOR PROPOSAL (RFP)
For Appointment of DesignAgency for Branding of OUIDF
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
3
Letter of Invitation (LoI)
1. Sealed Tenders are invited by Secretary, OUIDF & Ex Officio Special Secretary to H&UD
Dept., Govt. Of Odisha for Appointment of Design Agencyfor Branding of OUIDF from
reputed Design Agencies.
2. Pre-bid meeting will be held on 30/12/2016 at 11:00A.M in the office of Secretary, OUIDF &
Ex Officio Special Secretary to H&UD Dept. , Govt. Of Odisha,4th Floor, Fortune Towers,
Chandrasekharpur, Bhubaneswar-23,Odisha.
3. The Bidders shall submit their proposals latest by 27/01/2017upto 4.00 P.M.
4. The Technical Proposal shall be opened on 28/01/2017at 11:00A.Min the presence of
representatives of Bidders at office ofThe Odisha Urban Infrastructure Development Fund.
5. The Bid Security for whichDesign Agency is to be engagedis given below.
NIT
No
Name & Details of Work Bid Security
001 Appointment of Design Agency for Branding of OUIDF Rs. 25,000/-
6. Interested Bidders may obtain further information by writing/email from the office of:
The Secretary, OUIDF & Ex Officio Special Secretary to H&UD Dept. Odisha Urban Infrastructure Development Fund, 4th Floor, Fortune Tower Chandrasekharpur -23, Bhubaneswar,Odisha
-sd-
Secretary, OUIDF & Ex-Officio Special Secretary to H&UD Dept
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
4
1. Introduction
1.1 Background of Project:
OUIDF is a dedicated urban infrastructure fund of Housing & Urban Development
Department formed in the year 2012. OUIDF since its launch has been funding urban
infrastructure projects in diverse sectors across various category of Borrowers - ULBs,
Development Authorities, Government Agencies and Private Sector. The fund is exclusively
meant for financing urban infrastructure projects with positive environmental impact.
1.2 Objective:
The main objective of the assignment is to design and develop a common and
comprehensive brand identity of OUIDF funded projects by adopting a creative theme in
order to have a distinct and unique identity for these projects along with attainment of the
intended objectives of such projects.
1.3 Request for Proposal:OUIDF invites Proposals (the "Proposals") for Appointment of
DesignAgency for Branding of OUIDF.
1.4 Validity of the Proposal:The proposal shall be valid for a period of not less than 180 (one
hundred eighty) days fromthe last date of submission of PDD("Proposal Due Date").
1.5 Brief description of the Selection Process:OUIDFshall adopt a three stage selection
process in evaluating the Proposals. In the first stage prequalification will be carried out
with respect to minimum eligibility criteria set out in clause no 2.1.1 and 2.1.2.In the second
stage, a technical evaluation will be carried out as specified in Clause 3.1. Based on this
technical evaluation, a list of short-listed bidders shall be prepared as specified in Clause
3.2. In the third stage, a financial evaluation will be carried out as specified in Clause 3.3.
Proposals will finally be ranked according to their combined technical and financial scores
based on Combined Quality and Cost Based Selection (CQCBS) as specified in Clause 3.4.
The first ranked bidder (the "Selected Bidder") shall be selected for negotiation while the
proposal of the second ranked bidder will be kept in reserve.
1.6 Currency rate and payment:All payments to the Consultant shall be made in INR in
accordance with the provisions ofthis RFP.
1.7 Schedule of Selection Process:OUIDF would endeavor to adhere to the following schedule
Sr.No. Event Description Date & Time
1 Pre Proposal/Pre Bid 30/12/2016 at 11:00 AM
2 Last date of sale of documents 27/01/2017 at 4:00 PM
3 Proposal Due date(PDD) 27/01/2017 at 4:00 PM
4 Date of Technical Opening 28/01/2017 at 11:00 AM
5 Letter of award(LOA) Within 30 days of PDD
6 Signing of Agreement Within 45 days of PDD 7 Validity of Application 180 days from Proposal Due Date
1.8 Pre-Proposal Conference/Pre-bid meeting:
The date, time and venue of Pre-Proposal /Pre Bid Conference shall be:
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
5
Date: 30/12/2016
Time: 11:00
Venue:OUIDF Conference Hall, 4th Floor, Fortune Towers, Chandrasekharpur, Bhubaneswar-
23,Odisha
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
6
2. INSTRUCTIONS TO BIDDERS
A. General
2.1 Conditions of Eligibility of Bidders
2.1.1 Biddersmust read carefully the minimum conditions of eligibility (the "Conditions
ofEligibility") provided herein. Proposals of only those Bidders who satisfy the
Conditions ofEligibility will be considered for evaluation.
2.1.2 Bidder is not allowed to form a Consortium. The Bidder shall fulfill thefollowing:
a) The Bidder shall have experience in designing of creative elements for branding of
any Urban InfrastructureProject e.g. Water Body Reclamation, Market Complexes,
Abattoirs, River Front Development, Lake Front Development Projects etc. Tourism
Ventures / Theme Park/Recreational facility/ Zoos/ Water Sports that are
successfully implemented for atleast 2 projects in the last 3 years.
The proof of such engagements and its completion certificate should be provided
along with Client work order / contract with scope of work and project value in
Technical Proposal.
b) The Bidder shall have a minimum experience of 5 years as a Design Agency.
c) Bidder shall have an average annual turnover of at least Rs. 1Cr.in last three years.
The Bidder must ensure that they submit the evidence of eligibility criteria on
turnover in the form of audited financial statements signed by Chartered
Accountant for the last three financial years along with their Technical Proposal.
d) Bidder should not be blacklisted by any central/ state or public sector undertaking /
listed company.
Conditions shown in 2.1.2(a) to (d) are minimum qualifying criteria; no marks will be awarded
in this evaluation.
2.2 Conflict of Interest: Bidder shall not have a conflict of interest that may affect the Selection
Process or theassignment (the "Conflict of Interest"). Any Bidder found to have a Conflict of
Interest shallbe disqualified. In the event of disqualification, OUIDFshall have the right to
forfeitand appropriate the Bid Security, withoutprejudice to any other right or remedy that
may be available to OUIDF hereunder or otherwise. The guidance note for “Conflict of
Interest” is given in Annexure XIII.
2.3 Number of Proposals: No Bidder or its Associate shall submit more than one Proposal.
2.4 Cost of Proposal: The Bidders shall be responsible for all of the costs associated with the
preparation of theirProposals and their participation in the Selection Process including
subsequent negotiations,visits toOUIDF, Project site etc. OUIDF will notbe responsible or in
any way liable for such costs, regardless of the conduct or outcome of theSelection Process.
2.5 Due Diligence by Bidder: Bidders are encouraged to submit their respective Proposals
after ascertaining for allmatter considered relevant to them.
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
7
2.6 Right to reject any or all Bids
2.6.1 Notwithstanding anything contained in this RFP, OUIDF reserves theright to accept or
reject any Bid and to annul the Selection Process and reject all Bids, atany time without
any liability or any obligation for such acceptance, rejection or annulment,and without
assigning any reasons thereof.
2.6.2 Without prejudice to the generality of Clause 2.6.1, OUIDF reservesthe right to reject any
Proposal if:a) At any time, a material misrepresentation is made or uncovered, orb) The
Bidder does not provide, within the time specified by OUIDF, the supplemental
information sought by OUIDF for evaluation of the Proposal.
2.6.3 Misrepresentation/ improper response by the Bidder may lead to the disqualification of
theBidder. If such disqualification / rejection occurs after the Proposals have
beenopened and the highest ranking Bidder gets disqualified / rejected, then OUIDF
reserves the right to consider the next best Bidder, or take any othermeasure as may be
deemed fit in the sole discretion of OUIDF, including annulment of the Selection Process.
B. Documents
2.7 Contents of the RFP
2.7.1. This RFP comprises the contents as listed below andwill additionally include any
Addendum / Amendment issued in accordance with Clause2.9:
Request for Proposal
Introduction
Instructions to Bidders
Criteria for Evaluation
Fraud and corrupt practices
Pre-Proposal Conference/Pre-bid Meeting
Miscellaneous
Annexures:
Annexure I: Terms of Reference
Annexure II: Cover Letter
Annexure III: Statement of Legal Capacity
Annexure IV: Power of Attorney
Annexure V: Details of Bidder
Annexure VI: Financial Qualification of Bidder
Annexure VII: Eligible Project Experience
Annexure VIII: Key Personnel Detail
Annexure IX: CV of Key Personnel
Annexure X: Legally binding signed declaration of undertaking
Annexure XI: Salient Aspect of Technical Proposal
Annexure XII: Financial Proposal
Annexure XIII: Guidance note on conflict of interest
Annexure XIV: Consulting Services Contract
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
8
2.8 Clarifications
2.8.1 Biddersrequiring any clarification on the RFP may send their queries to OUIDF in
writing/through e-mail before the date of pre bid meeting. The emails shall clearly bear
the followingidentification:"Queries/Request for Additional Information concerning RFP
for selection Design Agency for Branding of OUIDF". OUIDF shall endeavor to respond to
the queries during Pre-bidmeeting.
2.8.2 OUIDF reserves the right not to respond to any questions or provideany clarifications, in
its sole discretion, and nothing in this Clause shall be construed asobliging OUIDF to
respond to any question/s or to provide anyclarification/s. The Pre-bid Meeting Minutes
shall form an integral part of the Contract.
2.9 Amendment of RFP
2.9.1. At any time prior to the deadline for submission of RFP, OUIDFmay,for any reason,
whether at its own initiative or in response to clarifications requested by aBidder, modify
the RFP document by the issuance of Addendum/ Amendment and posting iton its
website and notification through email.
2.9.2. In order to afford the Bidders a reasonable time for taking into account the
amendments/ addendum, or forany other reason, OUIDFmay, in its sole discretion,
extend the PDD. Addendum/ Amendments if any issued shall form an integral part of the
Contract.
C. Preparation and Submission of Proposal
2.10 Language: The Proposal with all accompanying documents (the "Documents") and all
communications inrelation to or concerning the Selection Process shall be in English
language and strictly in theformat provided in this RFP. No supporting document or
printed literature shall be submittedwith the Proposal unless specifically asked for and in
case of any of these documents is inanother language, it must preferably be accompanied
by an accurate translation of all therelevant passages in English, in which case, for all
purposes of interpretation of the Proposal,the translation in English shall prevail.
2.11 Format and signing of Bid
2.11.1. The Bidder shall provide all the information sought under this RFP. OUIDF would
evaluate only those Proposals that are received in the specified format andcomplete in all
respects.
2.11.2. The Bidder shall prepare one original set of Technical Proposal (together with originals/
copies ofDocuments required to be submitted along therewith pursuant to this RFP) and
clearlymarked "ORIGINAL". In addition, the Bidder shall submit 1 (one) copy of Technical
Proposal,along with Documents, marked “Copy”. In the event of any discrepancy between
the originaland its copies, the original shall prevail.Bidder shall also submit copy of
Technical Proposal in a CD/ DVD.
2.11.3. The Technical Proposal and its copy shall be typed or written in indelible ink and signed
by theauthorized signatory of the Bidder who shall initial each page. In case of printed
andpublished Documents, only the cover shall be initialed. All the alterations,
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
9
omissions,additions, or any other amendments made to the Proposal shall be initialed by
the person(s)signing the Proposal. The Proposals must be properly signed by the
authorized representative(the "Authorized Representative") as detailed below:
a) By a partner / Agency Head / Design Director, in case of a partnership firm and/or
a limited liability partnership;
b) By a duly authorized person holding the Power of Attorney, in case of a
LimitedCompany or a corporation;
c) By the Authorized Representative of Bidder
A copy of the Power of Attorney certified under the hands of a Partner or Director of
the Bidderand notarized by a notary public in the form as specified in Annexure IVshall
accompany the Proposal.
2.11.4. Exceptas specifically provided in this RFP, no supplementary material will be
entertained byOUIDF, and that evaluation will be carried out only on the basis
ofDocuments received by the closing time of PDD.Bidders willordinarily not be asked to
provide additional material information or documents subsequentto the date of
submission, and unsolicited material if submitted will be summarily rejected.For the
avoidance of doubt, OUIDFreserves the right to seekclarifications under and in
accordance with the provisions of Clause 2.21.
2.12 Technical Proposal
2.12.1. Biddersshall submit the technical proposal in the formats from Annexure II to Annexure
XI(the "Technical Proposal").
2.12.2. While submitting the Technical Proposal, the Bidder shall, in particular, ensure that:
a) The Bid Security is provided;
b) All forms are submitted in the prescribed formats and signed by the authorized
signatories;
c) Power of Attorney, is executed as per Applicable Laws;
d) All the Annexures are filled and signed by Authorized Signatory along with all
supporting documents as per Minimum Eligibility Criteria clause 2.1.1 & 2.1.2.
e) CVs of the Key Personnel who shall be deployed for the assignment and who must meet
the requirements specified below:
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
10
Sr. No.
Position Tasks Assigned No of Man
months
Qualification & Experience
1 Design
Director
(One No.)
Responsible for implementation of the work in accordance with the TOR (Terms of Reference).
Preparation of material specifications, cost estimates and vendor identification for branding concepts.
Assistance in implementation of branding concepts for 3 projects of OUIDF completely.
5 The Design Director shall be
a graduate in Civil
Engineering/ Architecture.
Preference shall be given
for certification/post
graduation in Planning/
Interior Designing/ Exterior
Design or equivalent.
Design Director shall have
at least 10 years of
experience.
Design Director shall have
worked on at leastTwo
assignments involving
designing of creative
elements for branding of
any Urban Infrastructure
Project e.g. Water Body
Reclamation, Market
Complexes, Abattoirs, River
Front Development, Lake
Front Development Projects
etc. Tourism Ventures /
Theme Park / Recreational
facility/ Zoos/ Water Sports
Projects.
2 Design
Consultant
(One No.)
Assist Design Director in Branding &
Designing to oversee the aesthetic
aspects of the project.
5
Months
Graduate inany field with at least 5 yearsof relevantwork experience.
It may be noted that the Key Personnel proposed for the Project shall be available for
the entire duration of the Project. Replacement of the Key Personnel during the period
of the assignment should be with same or higher qualification with due approval of the
Authority.
f) No alternative proposal for any Key Personnel is being made and CV for eachposition
has been furnished as per the format at Annexure IX;
g) Key Personnel would be available for the period indicated in the ToR;
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
11
h) No Key Personnel should have attained the age of 65 years at the time of submittingthe
proposal; and
i) The proposal is responsive in terms of Clause2.19.3.
2.12.3. Failure to comply with the requirements spelt out in this Clause 2.12 shall make the
Proposalliable to be rejected.
2.12.4. lf an individual Key Personnel makes a false statement regarding his qualification,
experienceor other particulars, he shall be liable to be debarred for any future
assignment of OUIDF for a period of 3 (three) years. The award of work to theBidder may
also be liable to cancellation in such an event.
2.12.5. OUIDF reserves the right to verify all statements, information, anddocuments submitted
by the Bidder in response to the RFP. Any such verification or the lackof such verification
by OUIDF to undertake such verification shall notrelieve the Bidder of its obligations or
liabilities hereunder nor will it affect any rights ofOUIDFthere under.
2.12.6. In case it is found during the evaluation or at any time before signing of the Agreement
orafter its execution and during the period of subsistence thereof, that one or more of
theeligibility conditions have not been met by the Bidder or the Bidder has made
materialmisrepresentation or has given any materially incorrect or false information, the
Bidder shallbe disqualified forthwith if not yet appointed as the Consultant either by
issue of the LOA orentering into of the Agreement, and if the Selected Bidder has already
been issued the LOAor has entered into the Agreement, as the case may be, the same
shall notwithstandinganything to the contrary contained therein or in this RFP, be liable
to be terminated, by acommunication in writing by OUIDFwithout OUIDF being liable in
any manner whatsoever to the Selected Bidder or Consultant, as the casemay be.
2.12.7. In such an event, OUIDFshall have the right to forfeit and appropriate the Bid
Securitywithout prejudice to any other right or remedy that may be available to OUIDF.
2.13 Financial Proposal
2.13.1. Bidders shall submit financial proposal (Financial Proposal) as per the format given in
Annexure XIIclearly indicating the total cost of the Consultancy in both figures and
words, inIndian Rupees, and signed by the Bidder's Authorized Representative. In the
event of anydifference between figures and words, the amount indicated in words shall
prevail.
2.13.2. While submitting the Financial Proposal, the Bidder shall ensure the following:
a. All the costs associated with the assignment shallbe included in the
FinancialProposal.
b. The Financial Proposal shall take into account all expenses and tax liabilities except
Service Tax.
c. Costs shall be expressed in INR.
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
12
2.14 Submission of Proposal
2.14.1. The Biddersshall submit the Proposal in bound form with all pages numbered serially
and bygiving an index of submissions. In case of any discrepancy between the version of
the RFP submitted and the originalRFP issued by OUIDF, the latter shall prevail.
2.14.2. The Proposal will be sealed in an outer envelope which will bear the address of OUIDF,
RFP Notice number, name of assignment i.e. “RFP for Appointment of Design Agency for
Branding of OUIDF” and the name, address and contact number of the Bidder. It shall
bear on top, thefollowing:"DO NOT OPEN, EXCEPT IN PRESENCE OF THE
AUTHORIZED PERSONOF OUIDF"If the envelope is not sealed and marked as instructed
above, OUIDFassumes no responsibility for the misplacement or premature opening of
the contents of theProposal submitted and consequent losses, if any, suffered by the
Bidder.
2.14.3. The aforesaid outer envelope will contain two separate sealed envelopes; one clearly
marked'Technical Proposal' and the other clearly marked 'Financial Proposal'. The
envelopemarked "Technical Proposal" shall contain the bid in the prescribed format
Annexure IIto XIand the supporting documents. .
2.14.4. The envelope marked “Financial Proposal” shall contain the financial Proposal in
theprescribed format Annexure XII.
2.14.5. The completed Proposal must be delivered in hard copy on or before the specified time
on PDD. Proposalssubmitted by fax, telex, telegram or e-mail shall not be entertained.
2.14.6. The rates quoted shall be firm throughout the period of performance of the assignment
up toand including discharge of all obligations of the Consultant under the Agreement.
2.15 Proposal Due Date
2.15.1. Proposal should be submitted on or before 04:00 PM on the PDD specified at Clause 1.7
at theaddress provided in Clause 1.9 in the manner and form as detailed in this RFP.
2.15.2. OUIDF may, in its sole discretion, extend the PDD by issuing anAddendum in accordance
with Clause 2.9 uniformly for all Bidders.
2.16 Late Proposals
2.16.1. Proposals received by OUIDF after the specified time on PDD shall notbe eligible for
consideration and shall be summarily rejected.
2.17 Modification/ substitution/ withdrawal of Proposals
2.17.1. The Prequalified Bidder may modify, substitute, or withdraw its Proposal after
submission, provided thatwritten notice of the modification, substitution, or withdrawal
is received by OUIDF prior to PDD. No Proposal shall be modified, substituted, or
withdrawn bythe Bidder on or after the PDD.
2.17.2. The modification, substitution, or withdrawal notice shall be prepared, sealed, marked,
anddelivered in accordance with Clause 2.14, with the envelopes being additionally
marked"MODIFICATION", "SUBSTITUTION" or 'WITHDRAWAL", as appropriate.
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
13
2.17.3. Any alteration / modification in the Proposal or additional information or material
suppliedsubsequent to the PDD, unless the same has been expressly sought for by OUIDF,
shall be disregarded.
2.18 Bid Security
2.18.1. The Bidder shall furnish as part of its Proposal, a bid security of Rs. 25,000/- (Rupees
Twenty Five Thousand only) in the form of a Demand Draft issued by Nationalized/
ScheduledBanks in India in favor of the “The Secretary,OUIDF” payable atBhubaneswar
(the "Bid Security"), returnable not later than 180 days from PDD except in case of
thetwo highest ranked Bidders. In the event that the first rankedBidder commences the
assignment, the second ranked Bidder,whose proposal has been kept in reserve, shall be
returned forthwith, but inno case not later than 180 (one hundred and eighty) days from
the PDD.
2.18.2. The successful Bidder shall submit a Performance Guarantee for an amount equal to 10%
of the value of the Contract in the form of a Bank Guarantee. The PerformanceGuarantee
shall be returned,after the Consultancy Services by the Consultant.
2.18.3. OUIDF shall not be liable to pay any interest on the Bid Security andthe same shall be
interest free.
2.18.4. The Bidder, by submitting its Proposal pursuant to this RFP, shall be deemed to
haveacknowledged that without prejudice to OUIDF's any other right orremedy
hereunder or in law or otherwise, the Bid Security shall be forfeited and appropriatedby
OUIDFunder the following conditions:
a) If a Bidder engages in any of the Prohibited Practices specified in Section 4 of this
RFP;
b) If a Bidder withdraws its Proposal during the period of its validity as specified in
thisRFP and as extended by the Bidder from time to time;
c) In the case of a Selected Bidder, if the Bidder fails to sign the Agreement or
commence theassignment as specified in Clauses 2.26due to the reason solely
attributed to the bidder; or
d) If the Bidder is found to have a Conflict of Interest as specified in Clause 2.2; and
e) If the selected bidder commits breach of the Agreement
D. Evaluation Process
2.19 Evaluation of Proposals
2.19.1. OUIDF shall open the Proposals at 03.30 P.M. on the PDD, at the placespecified in Clause
1.9 and in the presence of the Bidders who choose to attend. Theenvelopes marked
"Technical Proposal" shall be opened first. The envelopes marked"Financial Proposal"
shall be kept sealed for opening at a later stage.
2.19.2. Proposals for which a notice of withdrawal has been submitted in accordance with
Clause2.17 shall not be opened.
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
14
2.19.3. Prior to evaluation of Proposals, OUIDFwill determine whether eachProposal is
responsive to the requirements of the RFP. A Proposal shall be consideredresponsive
only if:
a) The Technical Proposal is received in the format from Annexure II to Annexure XI
b) It is received by the PDD including any extension thereof pursuant to Clause 2.15;
c) It is accompanied by the Bid Security as specified in Clause 2.18;
d) It is accompanied by the Power of Attorney;
e) It contains all the information (complete in all respects) as requested in the RFP;
f) It does not contain any condition or qualification; and
g) It is not non-responsive in terms hereof.
2.19.4. OUIDF reserves the right to reject any Proposal which is nonresponsiveand no request
for alteration, modification, substitution or withdrawal shall beentertained by OUIDF in
respect of such Proposals.
2.19.5. OUIDF shall subsequently examine and evaluate Proposals inaccordance with the
Selection Process specified at Clause 1.4 and the criteria set out inSection 3 of this RFP.
2.19.6. After the technical evaluation, OUIDF shall prepare a list of shortlisted Bidders in terms
of Clause 3.2 for opening of their FinancialProposals. A date, time and venue will be
notified to allshortlistedBidders for announcing the result oftechnical evaluation and
opening of Financial Proposals. Before opening of the Financial Proposals, thelist of
shortlisted Bidders along with their Technical Score will be read out.The opening of
Financial Proposals shall be done in presence of respective representatives ofBidders
who choose to be present. OUIDF will not entertain any queryor clarification from
Bidders who fail to qualify at any stage of the Selection Process. Thefinancial evaluation
and final ranking of the Proposals shall be carried out in terms of Clauses3.3 and 3.4. The
Financial Proposal of Bidderswhose bids are disqualified in technical evaluation will not
be opened for financial evaluation.
2.19.7. Biddersare advised that selection shall be entirely at the discretion of OUIDF. Bidderswill
be deemed to have understood and agreed that OUIDF shall not be required to provide
any explanation or justification in respectof any aspect of the Selection Process or
Selection.
2.19.8. Any information contained in the Proposal shall not in any way be construed as binding
onOUIDF, its agents, successors or assigns, but shall be binding againsttheBidder if the
Consultancy is subsequently awarded to it.
2.20 Confidentiality:Information relating to the examination, clarification, evaluation, and
recommendation for theselection ofBiddersshall not be disclosed to any person who is
not officially concerned withthe process or is not a retained professional adviser advising
OUIDF inrelation to matters arising out of, or concerning the Selection Process. OUIDF
shall treat all information, submitted as part of the Proposal, in confidence and
shallrequire all those who have access to such material to treat the same in confidence.
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
15
OUIDF may not divulge any such information unless it is directed to do so by
anystatutory entity that has the power under law to require its disclosure or to enforce
or assertany right or privilege of the statutory entity and/or OUIDF or as may berequired
by law or in connection with any legal process.
2.21 Clarifications
2.21.1. To facilitate evaluation of Proposals, OUIDF may, at its sole discretion, seek clarifications
from anyBidder regarding its Proposal. Such clarification(s) shall beprovided within the
time specified by OUIDF for this purpose. Anyrequest for clarification(s) and all
clarification(s) in response there to shall be in writing.
2.21.2. If any Bidder does not provide clarifications sought under Clause 2.21.1 above within
thespecified time, its Proposal shall be liable to be rejected. In case the Proposal is not
rejected,OUIDF may proceed to evaluate the Proposal by construing theparticulars
requiring clarification to the best of its understanding, and the Bidder shall bebarred
from subsequently questioning such interpretation of OUIDF.
E. Appointment of Consultant
2.22 Negotiations
2.22.1. The Selected Bidder may, if necessary, be invited for negotiations. The negotiations
shallgenerally be related to the scope of work and Terms of Reference.
2.23 Indemnity
The Consultant shall, subject to the provisions of the Agreement, indemnify OUIDF, for an
amount not exceeding the value of the Agreement, for anydirect loss or damage that is
caused due to any deficiency in Services.
2.24 Award of Consultancy
After selection, a Letter of Award (the "LOA") shall be issued, in duplicate, by OUIDF to the
Selected Bidders and the Selected Bidderswill, within 15 (Fifteen)days of the receipt of the
LOA, sign and return the duplicate copy of the LOA inacknowledgement thereof. In the
event the duplicate copy of the LOA duly signed by theSelected Biddersare not received by
the stipulated date, OUIDFmay, unless it consents to extension of time for submission
thereof, cancel the LOA and the nexthighest ranking Bidder may be considered.
2.25 Execution of Agreement
After acknowledgement of the LOA as aforesaid by the Selected Bidders, they will execute
theAgreement within the period prescribed in Clause 1.6. The Selected Bidderswill not
beentitled to seek any deviation in the Agreement.
2.26 Commencement of assignment
The Design Agencyshall commence the Services within 15 (Fifteen) days of thedate of the
Agreement or such other date as may be mutually agreed. If the Consultants fail toeither
sign the Agreement as specified in Clause 2.25 or commence the assignment asspecified
herein, OUIDF may invite the second ranked Bidder fornegotiations. In such an event, the
LOA or the Agreement, as the case may be, may becancelled /terminated and the Bid
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
16
Security of the first ranked Bidder shall be forfeited andappropriated in accordance with
the provisions of Clause 2.18.4.
2.27 Proprietary data
Subject to the provisions of Clause 2.20, all documents and other information provided to
OUIDF or submitted by any Bidderto OUIDFshall remain or become the property of OUIDF.
Biddersarerequired to treat allinformation as strictly confidential. OUIDF will not return
anyProposal or any information related thereto. All information collected, analyzed,
processed orin whatever manner provided by the Consultants to OUIDF in relation tothe
Consultancy shall be the property of OUIDF.
3. CRITERIA FOR EVALUATION
3.1 Evaluation of Technical Proposals
3.1.1. In the first stage Technical Proposal (Annexure II to XI) will be evaluated on the basis of
Minimum Eligibility Criteria set out in clause no. 2.1.1 and clause no. 2.1.2(a) to 2.1.2(d).
This is a pass/fail type evaluation and no marks in evaluation are awarded. In the second
stage, the Technical Proposal will be evaluated on the basis of Bidder’s understanding of
TOR, proposed methodology and Work Plan as perAnnexure XIand the qualification and
experience of Key Personnel as per Annexure IX. Only those Bidders whose Technical
Proposals get a score of 75 (Seventy Five) marks or more out of100 (hundred) shall
qualify for further consideration, and shall be ranked from highest to thelowest on the
basis of their technical score (ST).
3.1.2. The scoring criteria to be used for evaluation shall be as follows.
Sr.
No.
Position/Criteria Marks
1
Bidder experience indesigning of creative elements for
branding of any Urban Infrastructure Project e.g. Water
Body Reclamation, Market Complexes, Abattoirs, River
Front Development, Lake Front Development Projects etc.
Tourism Ventures / Theme Park / Recreational facility/
Zoos / Water Sports Projects.
(5 marks per assignment subject to a maximum of 40
marks)
40
2 Key Personnel (as detailed in Clause 3.1.4) 20
3
Presentation on Approach & Methodology-
a. Understanding of the scope of work(10
marks)
b. Proposed methodology of Consultant for
40
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
17
Sr.
No.
Position/Criteria Marks
undertaking the assignment( 10 marks)
c. Innovative Ideas and Suggestions Presented
(10 marks).
d. *Presentation on similar work done (10
marks)
Total 100
*The Design Director shall make a presentation on the proposed approach for undertaking the assignment and also demonstrate their capability to undertake the tasks proposed. Power Point Presentation shall be made only by the Design Director. Any other representative of the Bidder shall not be permitted to make the presentation. 3.1.3. The breakup of scoring for key personnel would be as follows:
SL No Position Maximum Marks 1 Design Director 15 2 Design Consultant 5
Total 20
3.1.4. A criterion for Marking of qualified Persons to be deployed is as below:
Position Eligibility in Terms of Experience
No. of Eligible Projects
Total Marks
Design Director Minimum Qualification -
Graduate in Civil
Engineering/ Architecture –
3
Additional Qualification -
Post Graduation/
Certification in Planning/
Interior Design/ Exterior
Design – Additional 2 marks
Minimum Experience - 10
years – 5 Marks
Minimum projects –
2 – 2 marks
Additional projects
– 1 mark per project
subject to maximum
of 3 marks
additional
15 Marks
Design
Consultant
Minimum Experience - 5
Years – 2.5 Marks
Minimum no. of
projects - 2 Projects
– 2.5 Marks
5 Marks
Note: - Person having qualification and experience less than the Minimum
prescribedQualification, years of experience and project experience in the RFP will be
marked as nil. The above two experts mentioned shall be in the payroll of the Bidder.
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
18
Eligible Project:Designing of creative elements for branding of any Urban
Infrastructure Project e.g. Water Body Reclamation, Market Complexes, Abattoirs, River
Front Development, Lake Front Development Projects etc. Tourism Ventures / Theme
Park / Recreational facility/ Zoos/ Water Sports Projects.
3.2 Short-listing of Bidders
Of the Biddersranked as aforesaid in Clause 3.1.1, shall be short-listed for
financialevaluation in the second stage.
3.3 Evaluation of Financial Proposal
3.3.1. In the third stage, the financial evaluation will be carried out as per this Clause 3.3.
EachFinancial Proposal will be assigned a financial score (SF).
3.3.2. For financial evaluation, the total fee indicated in the financial proposal as per Annexure
XIwill be considered.
3.3.3. OUIDF will determine whether the Financial Proposal is complete,unqualified and
unconditional. The fee indicated in the Financial Proposal shall be deemed asfinal and
reflecting the total cost of services. The lowest Financial Proposal (FM) will begiven a
financial scoring (SF) of 100 points, the financial scores of other proposals will
becomputed as follows:
SF=100 x FM/F
FM = Lowest financial Proposal Amount
F = Amount of other Financial Proposal
3.4 Combined Evaluation of Proposal
3.4.1. Following completion of evaluation of Technical and Financial Proposals, final ranking of
the Proposals will be determined. This will be done by applying a weightage of 0.7
(Seventy percent) and 0.30 (Thirty percent) respectively to the technical and financial
scores of eachevaluated qualifying Technical and Financial Proposals. The relevant
combined total score for each ConsultantProposals will finally be ranked according to
their combined technical scores (ST) as definedin clause 3.1.2 and financial (SF) scores as
evaluate in clause 3.3.3 as follows:S = (0.70*ST + 0.30SF)Where “S” is the combined score
The Selected Bidder shall be the first ranked bidder (having the highest combined score).
Thesecond ranked bidder shall be kept in reserve and may be invited for as and when
required.
4. FRAUD AND CORRUPT PRACTICES
4.1 The Bidders and their respective officers, employees, agents and advisers shall observe
thehighest standard of ethics during the Selection Process. Notwithstanding anything to
thecontrary contained in this Invitation of RFP document, OUIDF shallreject a RFP without
being liable in any manner whatsoever to the Bidder, if it determinesthat the Bidder has,
directly or indirectly or through an agent, engaged in corrupt practice, fraudulent practice,
coercive practice, undesirable practice or restrictive practice (collectively the "Prohibited
Practices") in the Selection Process.
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
19
4.2 Without prejudice to the rights of OUIDF under Clause 4.1 hereinaboveand the rights and
remedies which OUIDF may have under the shortlistingprocess, if an Bidder is found to have
directly or indirectly or through an agent,engaged or indulged in any corrupt practice,
fraudulent practice, coercive practice,undesirable practice or restrictive practice during the
Selection Process, or after the shortlistingprocess, such Bidder shall not be eligible to
participate in any tender issued byOUIDF during a period of 3 (three) years from such date.
4.3 For the purposes of this Clause, the following terms shall have the meaning
hereinafterrespectively assigned to them:
"Corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly
orindirectly, of anything of value to influence the action of any person connected with
theSelection Process (for avoidance of doubt, offering of employment to or employing
orengaging in any manner whatsoever, directly or indirectly, any official of OUIDF who
is or has been associated in any manner, directly or indirectly withthe Selection Process
or arising there from, before or after the execution thereof, at any timeprior to the
expiry of one year from the date such official resigns or retires from orotherwise ceases
to be in the service of OUIDF, shall be deemed toconstitute influencing the actions of a
person connected with the Selection Process or (ii)engaging in an manner whatsoever,
whether during the Selection Process or after shortlisting,as the case may be, any person
in respect of any matter relating to the Project, whoat any time has been or is a legal,
financial or technical consultant/adviser of OUIDF in relation to any matter concerning
the Project;
"Fraudulent practice" means a misrepresentation or omission of facts or disclosure
ofincomplete facts, in order to influence the Selection Process;"Coercive practice”
means impairing or harming or threatening to impair or harm, directly orindirectly, any
persons or property to influence any person's participation or action in theSelection
Process;
"Undesirable practice" means establishing contact with any person connected with
oremployed or engaged by OUIDF with the objective of canvassing, lobbying or in any
manner influencing the outcome of the procedure for selection ofbidders.
5. PRE-PROPOSAL CONFERENCE
5.1. Pre-Proposal Conference of the Bidders shall be convened at the designated date, time
andplace. A maximum of two representatives of each Bidder shall be allowed to
participate onproduction of an authority letter from the Bidder.
5.2. During the course of Pre-Proposal Conference, the Bidderswill be free to seek
clarifications andmake suggestions for consideration ofOUIDF.OUIDF shall endeavor to
provide clarifications and such further information as it may, in its solediscretion,
consider appropriate for facilitating a fair, transparent and competitive
SelectionProcess.
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
20
6. MISCELLANEOUS
6.1. The Selection Process shall be governed by, and construed in accordance with, the laws
of Indiaand shall have exclusive jurisdiction over all disputes arising under, pursuant to
and/or inconnection with the Selection Process.
6.2. OUIDF, in its sole discretion and without incurring any obligation orliability, reserves
the right, at any time, to:
a) Suspend and/or cancel the Selection Process and/or amend and/or supplement the
SelectionProcess or modify the dates or other terms and conditions relating
thereto;
b) Consult with any Prequalified Bidder in order to receive clarification or further
information;
c) Retain any information and/or evidence submitted to OUIDF by, onbehalf of and/or
in relation to any Bidder; and/or
d) Independently verify, disqualify, reject and/or accept any and all submissions or
otherInformation and/or evidence submitted by or on behalf of any Prequalified
Bidder.
6.3. It shall be deemed that by submitting the Proposal, the Bidder agrees and releases
OUIDF, its employees, agents and advisers, irrevocably, unconditionally, fully andfinally
from any and all liability for claims, losses, damages, costs, expenses or liabilities in
anyway related to or arising from the exercise of any rights and/or performance of any
obligationhereunder, pursuant hereto and/or in connection herewith and waives any
and all rights and/orclaims it may have in this respect, whether actual or contingent,
whether present or future.
6.4. OUIDF reserves the right to make inquiries with any of the clients listedby the Biddersin
their previous experience record.
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
21
ANNEXURE I: TERMS OF REFERENCE
OUIDF is a dedicated urban infrastructure fund of Housing & Urban Development Department
formed in the year 2012. OUIDF since its launch has been funding urban infrastructure projects
in diverse sectors across various category of Borrowers - ULBs, Development Authorities,
Government Agencies and private sector. The fund is exclusively meant for financing urban
infrastructure projects with positive environmental impact.
To extend the reach of the OUIDF brand across various stakeholders, to create a distinction
between OUIDF funded projects from the rest it is proposed to evolve a Brand Strategy and
Brand Identity for OUIDF funded projects.
Objective
To design and develop a common and comprehensive brand identity
of OUIDF funded projects by adopting a creative theme in order to
have a distinct and unique identity for these projects along with
attainment of the intended objectives of such projects.
Creative challenge To establish a unique and strong brand identity that leads to brand
awareness and differentiates OUIDF funded projects from others.
TG: Who are we
talking to?
General public who are beneficiaries of the infrastructure
projects (direct beneficiaries are people who depend on the
pond for bathing, water supply to households, solid waste
management that provides a clean environment)
Urban Local Bodies
Development Authorities
Other Statutory Bodies of GoO
Individual entrepreneur in the field of urban infrastructure.
Major infrastructure companies of repute operating in Odisha
and elsewhere.
Insight
To support the Urban Local Bodies in undertaking projects that
isself-sustainable.
To improve the quality of life with a better and cleaner
environment.
To emerge as the Sole Banker for financing Urban
Infrastructure Projects in the State of Odisha.
Agency scope of
work
To understand OUIDF and the broad spectrum of projects undertaken by it:
o Water Supply o Sewerage o Solid Waste Management o Market complex o Vending zone o Wet market o Abattoir o Water Bodies
Design and develop a commonand comprehensive brand
identity by adopting a creative theme, including but not restricted to, color codes and design that integrate well with
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
22
the existing logo, design signages, display etc. Identify branding mediums on-ground for each project
category. Some examples of components in an infrastructure project are
o Display boards o Floor-tiles o Furniture o Lighting o Signage Boards o Pathways o Entrances
Designing and production of the required creatives on themes/subjects in consultation with OUIDF. All such creatives to be presented in English, Hindi & Oriya.
Provide specifications for materials, items proposed for implementation in all the projects in consultation with OUIDF and the possible list of vendors.
Assist in implementation of the designconcept / theme in three project sites completely i.e.
o Modern Abattoir. o Reclamation of Waterbodies. o Wet Market Projects.
Mandatories
It should reflect the culture, tradition and values of Odisha.
It should be a reflection of the best practices in urban
infrastructure space/ development.
(Note: The Design & Production of any of the Creatives, does not cover the hard production costs as this will be reliant on the chosen concept and will therefore be kept as a separate cost to the bidding of this contract.) Deliverables, Timeline & Payment Milestones
S.No. Deliverables Timeline Payment of Fees
1 Design and development of color codes, schemes that integrate with the existing logo, design signages, display etc. for OUIDF projects.Preparation of material specifications, cost estimates and vendor identification for Designconcepts duly approved by Competent Authority of OUIDF.
3 months from the
date of award of
contract.
60% of the Lump Sum Fees
Quoted.
4 Assistance in
implementation of
designconcepts atthree
project sites of OUIDF
completely.
5 months from the
date of approval of
Design Concepts.
40% of the Lump Sum Fees
Quoted
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
23
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
24
ANNEXURE II: COVER LETTER
(On the letter head of Bidder )
Dated: The Secretary, OUIDF 4th Floor, Fortune Tower, Chandrasekharpur Bhubaneswar-23, Odisha Subject: Appointment of Design Agency for Branding OUIDF Dear Sir, With reference to your RFP document dated , I/we, having examined the RFP andunderstood its
contents, hereby submit our proposal
1. The technical and financial proposals are unconditional and unqualified.
2. All information provided in the proposal and in the Appendices are true and correct
andall documents accompanying such proposal are true copies of their respective
originals.
3. This statement is made for the express purpose of appointment as the Consultant for
theaforesaid Project.
4. I/ We shall make available to OUIDF any additional informationit may find necessary or
required to supplement or authenticate the proposal.
5. I/ We acknowledge the right of OUIDF to reject our proposalwithout assigning any
reason or otherwise and hereby waive our right to challenge thesame on any account
whatsoever.
6. I/ We certify that in the last 3 (three) years, we or any of our Associates have
neitherfailed to perform on any contract, as evidenced by imposition of a penalty or a
judicialpronouncement or arbitration award against the Bidder, nor been expelled from
anyproject or contract by any public authority nor have had any contract terminated
forbreach on our part.
7. I/ We declare that:
a. I/ We have examined and have no reservations to the RFP Document, including
anyAddendum issued by OUIDF.
b. I/ We do not have any conflict of interest in accordance with Clauses 2.2 of the
RFPdocument;
c. I/ We have not directly or indirectly or through an agent engaged or indulged in
anycorrupt practice, fraudulent practice, coercive practice, undesirable practice
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
25
orrestrictive practice, as defined in Clause 4 of the RFP document, in respect of
anytender issued by or any agreement entered into with OUIDF orany other public
sector enterprise or any government, Central or State;
d. We hereby certify that we have taken steps to ensure that in conformity with
theprovisions of Section 4 of the RFP document, no person acting for us or on our
behalfhas engaged or will engage in any corrupt practice, fraudulent practice,
coercivepractice, undesirable practice or restrictive practice.
8. We understand that you may cancel the Selection Process at any time and that you
areneither bound to accept any Proposal that you may receive nor to select the
Consultant,without incurring any liability to the Bidders in accordance with Clause 2.6
and Clause 6 ofthe RFP document.
9. We believe that we satisfy the Conditions of Eligibility and meet the requirements
asspecified in the RFP document and are qualified to submit proposal in accordance
with theprovisions of the RFP document.
10. We certify that in regard to matters other than security and integrity of the country, we
orany of our Associates have not been convicted by a Court of Law or indicted or
adverseorders passed by a regulatory authority which could cast a doubt on our ability
toundertake the Consultancy for the Project or which relates to a grave offence
thatoutrages the moral sense of the community.
11. We further certify that in regard to matters relating to security and integrity of the
country,we have not been charge-sheeted by any agency of the Government or convicted
by aCourt of Law for any offence committed by us or by any of our Associates.
12. We further certify that no investigation by a regulatory authority is pending either
againstus or against our Associates or against our CEO or any of our Directors/
Managers/employees.
13. We undertake that in case due to any change in facts or circumstances during the
SelectionProcess, we are attracted by the provisions of disqualification in terms of the
guidelinesreferred to above, we shall intimate OUIDF of the sameimmediately.
14. We hereby irrevocably waive any right or remedy which we may have at any stage at
law orhowsoever otherwise arising to challenge or question any decision taken by
OUIDF in connection with the selection of Consultant or in connection withthe Selection
Process itself, in respect of the above mentioned Project.
15. The Bid Security of Rs.25,000/- (Rupees Twenty Five Thousands) in the form of
demand draft, in accordance with the RFP document.
16. We agree and understand that the proposal is subject to the provisions of the
RFPdocument. In no case, shall/we have any claim or right of whatsoever nature if
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
26
theConsultancy for the Project is not awarded to me/us or our proposal is not opened
orrejected.
17. We agree to keep this offer valid for 180 days from the proposal Due Date specified in
theRFP.
18. A Power of Attorney in favor of the authorized signatory to sign and submit this
Proposaland documents is attached herewith in Appendix ________
19. We certify that we shall have no claim, right or title arising out of any documents
orinformation provided to us by OUIDF or in respect of any matterarising out of or
concerning or relating to the Selection Process including the award ofConsultancy.
20. We, ______________________________________ (Bidder's name) herewith enclose theFinancial
Proposal as Annexure XI for selection of my/our firm as Consultant.
21. We agree and undertake to abide by all the terms and conditions of the RFP document.
22. In witness thereof, we submit this Proposal under and in accordance with the terms of
theRFP document.
Yours faithfully,
(Signature, name and designation of the of the Authorized signatory)
(Name and stamp of Bidder)
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
27
ANNEXURE III: STATEMENT OF LEGAL CAPACITY
(To be forwarded on the letter head of the Bidder) Ref. Date: The Secretary, OUIDF 4th Floor, Fortune Tower, Chandrasekharpur Bhubaneswar-23, Odisha Dear Sir,
Sub: Appointment of Design Agency for Branding OUIDF
We hereby confirm that we, the Bidder, satisfy the terms and conditionslaid down in the RFP
document.
We have agreed that (insert individual's name) will act as our Authorized Representativeand
has been dulyauthorized to submit our Proposal. Further, the authorized signatory is vested
with requisitepowers to furnish such proposal and all other documents, information or
communicationand authenticate the same.
Yours faithfully,
(Signature, name and designation of the authorized signatory)
For and on behalf of............
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
28
ANNEXURE IV: POWER OF ATTORNEY
Know all men by these presents, we, (name of Firm and address of the registered office)
dohereby constitute, nominate, appoint and authorize Mr./Ms. (name & residential
address)who is presently employed with us and holding the position of ______ as our true
andlawful attorney (hereinafter referred to as the "Authorized Representative") to do in
ourname and on our behalf, all such acts, deeds and things as are necessary or required
inconnection with or incidental to submission of our Proposal for “Appointment of Design
Agency for Branding of OUIDF”in response to the RFP floated by OUIDF including but not
limited to signing and submission of all applications, proposals and other documents and
writings, participating in pre-bid and other conferences and providing information/ responses
to the OUIDF, representing us in all matters before the OUIDF, signing andexecution of all
contracts and undertakings consequent to acceptance of our proposal andgenerally dealing with
the OUIDF in all matters in connection with or relating to or arising out of our Proposal for the
said Project and/or upon award thereof to us till the entering into of the Agreement with the
OUIDF, and, we do hereby agree to ratify and confirm all acts, deeds and things lawfully done or
caused to be done by our said Authorized Representative pursuant to and in exercise of the
powers conferred by this Power of Attorney and that all acts, deeds and things done by our said
Authorized Representative in exercise of the powers hereby conferred shall and shall always be
deemed to have been done by us.
IN WITNESS WHEREOF WE, THE ABOVE NAMED PRINCIPAL HAVE EXECUTED
THIS POWER OF ATTORNEY ON THIS...............DAY OF, 2016
For
(Signature, name, designation and address)
Witnesses:
1.
2.
Notarized
Accepted
(Signature, name, designation and address of the Attorney)
Notes:
1) The mode of execution of the Power of Attorney should be in accordance with theprocedure,
if any, laid down by the applicable law and the charter documents of theexecutant(s) and when
it is so required the same should be under common stampaffixed in accordance with the
required procedure. Copy of such document should besubmitted along with the power of
Attorney.
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
29
2) Also, wherever required, the Bidder should submit for verification the extract of thecharter
documents and documents such as a resolution/power of attorney in favor ofthe Person
executing this Power of Attorney for the delegation of power hereunder onbehalf of the Bidder.
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
30
ANNEXURE-V
Details of Bidder (To be submitted on Letterhead of Bidder)
1 a)Name:
b) Date of Incorporation/Commencement:
2. Brief Description of Company including details of its main line of Business
3. Shareholding of the Bidder
4. List of Directors:
5. Details of Individual who will serve as the point of contact/communication to Client:
a) Name:
b)Designation:
c) Company:
d) Address:
e) Telephone No:
f) Email Address:
g) Fax Number:
6. Particular of Authorized Signatory of Bidder:
a) Name:
b)Designation:
c) Address:
d) Telephone No.:
e) Email Address:
f) Fax No:
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
31
ANNEXURE-VI
Financial Qualification of Bidder
SL No Financial Year Annual Turnover(Rs. Lakhs)
1 2013-2014
2 2014-2015
3 2015-2016
Statutory Auditor
Name of Audit Firm:
Seal of Audit Firm:
Name of Partner:
Membership No:
Contact No:
Address:
Note:
The Bidder shall attach copies of the Balance Sheets, financial statements certified by Chartered
Accountant in Practice with his registration no for each financial year. The bidder will submit
Statutory Audit Report for each year reflecting annual turnover of Consultancy Business for
each year.
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
32
ANNEXURE VII
Eligible Project Experience of Bidder
(Following Tables shall be filled in by Bidder)
SL No
Name of Project
Status (Ongoing/
Completed)
Eligible Assignment Name & Brief Description of
Deliverables/Inputs
Name of Client,
Address & Contact No
Approximate Contract Value in Rs.
Role of Bidder in Eligible
Assignments 1
2
3
4
5
6
7
Name & Signature of
Authorized Signatory
For each Eligible assignment , the Bidder should indicate the duration of the assignment,
the Contract Amount, the amount paid to bidder) and the bidders role and involvement.
Bidders are expected to provide information in respect of Eligible Assignment
For each assignment bidder should provide supporting proof of self-attested work
order/contract copy.
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
33
ANNEXURE-VIII: CV OF KEY PERSONNEL
A.
SL
No
Position Name of
the
Expert
Qualification Year of
Experience
No of
Eligible
Projects
Completed
Details of
Eligible
Projects
1 Design
Director
2 Design
Consultant
B.CV of Key Position
1 Proposed Position 2 Name of Firm 3 Name of Staff 4 Date of Birth 5 Nationality 6 Education Degree Institution Year
7 Professional Memberships
8 Other Training & Publications
9 Countries of Work Experiences
10 Language Speak Write Read
11 Employment Record
From : To:
Position Held
Employer Name & Address with Contact No
Detail task assigned as per TOR
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
34
Details of Projects Handled(to be provided for all the eligible projects)
Project Duration-Start Date: End Date: Client: Name of Project: Brief Description of Project: Scope of Work of the proposed expert involved in the project
(Signature and name of the Key Personnel and authorized signatory of the Bidder)
Notes: Use separate form for each Key Personnel CV shall be signed and dated by both the Personnel concernedand by the Authorized
Representative of the Bidder firm along with the seal of thefirm.
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
35
ANNEXURE-IX: LEGALLY BINDING SIGNED DECLARATION OF UNDERTAKING
We underscore the importance of a free, fair and competitive contracting procedure that
precludes abusive practices. In this respect we have neither offered nor granted directly or
indirectly any inadmissible advantages to any public servant or other person nor accepted such
advantages in connection with our bid, nor will we offer or grant or accept any such incentives
or conditions in the present tendering process or, in the event that we are awarded the contract,
in the subsequent execution of the contract. We also declare that no conflict of interest exists in
the meaning of the kind described in the corresponding Guidelines* . We also underscore the
importance of adhering to environmental and social standards in the implementation of the
project. We undertake to comply with applicable labour laws and the Core Labour Standards of
the International Labour Organization (ILO) as well as national and applicable international
standards of environmental protection and health and safety standards. We will inform our staff
of their respective obligations and of their obligation to fulfil this declaration of undertaking and
to obey the laws of the country of India . We also declare that our company/all members of the
consortium has/have not been included in the list of sanctions of the United Nations, nor of the
EU, nor of the German Government, nor in any other list of sanctions and affirm that our
company/all members of the consortium will immediately inform the OUIDF and KfW if this
situation occurs at a later stage. We acknowledge that, in the event that our company (or a
member of the consortium) is added to a list of sanctions that is legally binding on the OUIDF
and/or KfW, the OUIDF shall be entitled to exclude us/the consortium or, if the contract is
awarded to our company/the consortium, to immediately cancel such contract if the statements
made in the Declaration of Undertaking were objectively false or the reason for exclusion from
the tender procedure occurs after the Declaration of Undertaking has been issued.
(Place)……………. (Date)………………. (Name of company) .......................................................
(Signature(s))
*Guidelines for the Assignment of Consultants in Financial Cooperation with Partner Countries“
and “Guidelines for Procurement of Goods, Works and associated Services in Financial
Cooperation with Partner Countries
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
36
ANNEXURE X: SALIENT ASPECT OF TECHNICAL PROPOSAL
The salient aspects of the technical proposal shall be described as follows:
1. Clarity on Completeness of Bids
The bid for services must take full account, in content and form, the terms of reference
and the conditions of the bid for services in the request for proposal. All the components
of the bid for services that are required must be presented. The bid must include sample
documents of eligible assignments mentioned in the bid in addition to the letter of
award or completion certificate of assignments undertaken.If there are minor omissions
in relation to the terms of reference, points will be deducted. Omissions that
considerably restrict comparison with other bids can cause the bidder to be excluded.
2. Approach & Methodology
The bid for services must present the methodological approach and the programme of
work in such a way that their suitability in regard to the terms of reference can be
assessed and they can be compared with other qualified bids. This includes a statement
of the work organisation planned and the logistics. If there is an evident and
considerable discrepancy between the terms of reference and the quantities given, the
bid will not be considered. The text should state clearly how the task is to proposed to
be undertaken and the deployment schedule of staff. In case the key staff is to be
supported by additional staff, the same shall be reflected in the approach and
methodology. The work plan and manning schedule shall be provided in the form of bar
chart. It must be supplemented with diagrams, tables and in case of complex work,
appropriate graphics.
The approach and methodology to be covered under the following heads:
a. Understanding of the scope of work
b. Proposed methodology of Consultant for undertaking the assignment
i. Deployment of staff and logistics
ii. Methodological framework for Designing of Creatives
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
37
ANNEXURE XI: FINANCIAL PROPOSAL
(On the letter head of Bidder)
Appointment of Design Agency for Branding of OUIDF Having gone through the RFP and having fully understood the scope of work for the Project as set out in the TOR, we are pleased to quote the following Professional fees for the Assignment as per the specified scope of Work:
Particulars Consultancy Fees (Rs.) In figures
Consultancy Fees (Rs.) in Words
Consultancy Fee (Lump Sum)
Service tax if any @____%
Total
Signature of authorized representative of the Bidder Note: 1. The Financial Proposal is inclusive of all out pocket expenses which may be incurred
towards travel, accommodation, documentation and communication, during the period of assignment.
2. In case of difference in amount quoted in figures and words, the value in words shall be considered for evaluation.
3. The breakup of expenses shall be provided by Bidder as given below. 4. The Financial Proposal is inclusive of all taxes i.e. income tax, professional tax, education
cessexcept for Service Tax
We understand you are not bound to accept any proposal you receive.
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
38
Break up of Cost Estimates
Cost Estimation of Services
I. Remuneration of Staff
II. Direct expenses
Expenses Rs.
Printing and stationery
Other expenses (please specify)
Sub total (Direct Expenses)
III. Out of pocket expenses Expenses Rs.
Room rent
Air fare
Other travel and local conveyance
expenses
Lump sum miscellaneous expenses
Subtotal (out of pocket expenses)
.
Staff Name Man month
rate (Rs.)
Working
days
(month)
Total cost
(Rs.)
Design Director
Design Consultant
Other staff proposed for
the assignment
Subtotal Staff
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
39
ANNEXURE XII: GUIDANCE NOTE ON CONFLICT OF INTEREST
1. This Note further explains and illustrates the provisions of Clause 2.2 of the RFP
andshall be read together therewith in dealing with specific cases.
2. Consultants should be deemed to be in a conflict of interest situation if it can
bereasonably concluded that their position in a business or their personal interest
couldimproperly influence their judgment in the exercise of their duties. The process
forselection of consultants should avoid both actual and perceived conflict of interest.
3. Conflict of interest may arise between the OUIDF and aconsultant or between
consultants and present or future contractors.
Some of the situations that would involve conflict of interest are identified below:
a. OUIDF and consultants:
i) Potential consultant should not be privy to information from OUIDF which is not
available to others;
ii) Potential consultant should not have defined the project when earlier working for
OUIDF
iii) Potential consultant should not have recently worked for the OUIDF overseeing the
project.
b. Consultants and contractors:
i) No consultant should have an ownership interest or a continuing business interest
oran on-going relationship with a potential contractor save and exceptrelationships
restricted to project-specific and short-term assignments; or
ii) No consultant should be involved in owning or operating entities resulting from
theproject; or
iii) No consultant should bid for works arising from the project.
iv) The participation of companies that may be involved as investors or consumers
andofficials of the OUIDF who have current or recent connections tothe companies
involved, therefore, needs to be avoided.
4. The normal way to identify conflicts of interest is through self-declaration
byconsultants. Where a conflict exists, which has not been declared,
competingcompanies are likely to bring this to the notice of the OUIDF. Allconflicts must
be declared as and when the consultants become aware of them.
5. Another way to avoid conflicts of interest is through the appropriate grouping of
tasks.For example, conflicts may arise if consultants drawing up the terms of reference
or theproposed documentation are also eligible for the consequent assignment or
project.
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
40
6. Another form of conflict of interest called "scope-creep" arises when
consultantsadvocate either an unnecessary broadening of the terms of reference or
makerecommendations which are not in the best interests of the OUIDF but which will
generate further work for the consultants. Some contracts provide fewer incentives for
this, while time and material contractsprovide built in incentives for consultants to
extend the length of their assignment.
7. Every project contains potential conflicts of interest. Consultants should not only
avoidany conflict of interest, they should report any present/ potential conflict of
interest tothe OUIDF at the earliest. Officials of the OUIDF involved in development of a
project shall be responsible foridentifying and resolving any conflicts of interest. It
should be ensured that safeguardsare in place to preserve fair and open competition
and measures should be taken toeliminate any conflict of interest arising at any stage in
the process.
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
41
(ANNEXURE XIII)
AGREEMENT FOR CONSULTANCY SERVICES
This Consultancy Agreement (hereinafter called the "Contract") is made on …………… day of the
month of …………………, 2016, by and between,
Financial Advisor cum Administrative Officer, OUIDF,a Trust under Indian Trust Act,1882
under Housing & Urban Development Department and having its registered office at Odisha
Secretariat , Bhubaneswar – 751001 represented by Odisha Urban Infrastructure Development
Fund, (hereinafter called “OUIDF” or "Client" which includes its successors and permitted
assigns), of the First Part.
And
_________________ incorporated under Companies Act 1956/2013 and having its registered office
at ____________________, India and represented by its Authorised Representative ________________
(hereinafter called the "Consultants"), which includes its successors and permitted assigns), of
the Second Part
Each of Client and Consultants are individually referred to as First Party andSecond Party
respectively and collectively referred to as Parties.
WHEREAS
a) the Client has requested the Consultants to provide certain consulting services as
defined in the General Conditions of Contract attached to this Contract (hereinafter
called the "Services");
b) the Consultants, having represented to the Client that they have the required
professional skills, and personnel and technical resources, have agreed to provide the
Services on the terms and conditions set forth in this Contract;
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
42
NOW THEREFORE the parties hereto hereby agree as follows:
1. The following documents attached hereto shall be deemed to form an integral part of this
Contract:
a) The General Conditions of Contract;
b) The Special Conditions of Contract;
c) The following Appendices:
APPENDICES
a) APPENDIX A - DESCRIPTION OF THE SERVICES:- As per Annexure 1-TOR of the RFP
Notice No.01/2016 dated 01.12.2016
b) APPENDIX B – DELIVERABLES & PAYMENT SCHEDULE :- (As per TOR of the RFP)
c) APPENDIX C – KEY PERSONNEL AND SUB-CONSULTANTS :-(As per clause 3.1.4 of RFP)
d) APPENDIX D – ROLE OF CLIENT: - (As per TOR of the RFP)
e) APPENDIX E – BREAKDOWN OF LUMP SUM PRICES
f) APPENDIX F – MINUTES OF PRE-BID MEETING OR ADDENDUM ISSUED IF ANY
g) APPENDIX G- RFP
h) APPENDIX H-MODEL PERFORMANCE GUARANTEE
2. The rights and obligations of the Client, and the Design Agency shall be as set forth in the
Contract, in particular:
a) The Consultants shall carry out the Services in accordance with the provisions of the
Contract; and
b) the Client shall make payments to the Consultants in accordance with the provisions
of the Contract.
IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their
respective names as of the day and year first above written.
For and behalf of Client
Financial Advisor Cum-Administrative
Officer,OUIDF, Govt of Odisha
Name: Shri Ram Chandra Kar
For and on behalf of Design Agency Name:
Authorised Representative
Name:
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
43
General Conditions of Contract
1. General Provisions
1.1. Definitions
Unless the context otherwise requires, the following terms whenever used in this Contract
have the following meanings:
a. "Applicable Law" means the laws and any other instruments having the force of law
in the Government of India, as they may be issued and in force from time to time;
b. "Contract" means the Contract signed by the Parties, to which these General
Conditions of Contract (GC) are attached, together with all the documents listed in
Clause 1 of such signed Contract;
c. "Contract Price" means the price to be paid for the performance of the Services, in
accordance with Clause 6;
d. "foreign currency" means any currency other than the currency of the Government;
e. "GC" means these General Conditions of Contract;
f. "Government" means the Government of the Client's country;
g. "local currency" means the currency of the Government;
h. "Member", in case the Consultants consist of a joint venture of more than one entity,
means any of these entities; "Members" means all these entities, and "Member in
Charge" means the entity specified in the SC to act on their behalf in exercising all the
Consultants' rights and obligations towards the Client under this Contract,
i. "Party" means the Client or the Consultants, as the case may be, and "Parties" means
all three of them;
j. "Personnel" means persons hired by the Consultants or by any Sub consultant as
employees and assigned to the performance of the Services or any part thereof;
k. "SC" means the Special Conditions of Contract by which the GC may be amended or
supplemented;
l. "Services" means the work to be performed by the Consultants pursuant to this
Contract, as described in Appendix A; and
m. "Sub consultant" means any entity to which the Consultants subcontract any part of
the Services in accordance with the provisions of Clauses 3.5 and 4.
1.2. Law Governing the Contract
This Contract, its meaning and interpretation, and the relation between the Parties shall
be governed by the Applicable Law.
1.3. Language
This Contract has been executed in the language specified in the SC, which shall be the
binding and controlling language for all matters relating to the meaning or interpretation of
this Contract.
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
44
1.4. Notices
Any notice, request, or consent made pursuant to this Contract shall be in writing and shall
be deemed to have been made when delivered in person to an authorized representative of
the Party to whom the communication is addressed, or when sent by registered mail, telex,
telegram, or facsimile to such Party at the address specified in the SC.
1.5. Location
The Services shall be performed at such locations as the Client may approve.
1.6. Authorized Representatives
Any action required or permitted to be taken, and any document required or permitted to
be executed, under this Contract by the Client or the Consultants may be taken or executed
by the officials specified from time to time by the parties and as mentioned in the SC.
1.7. Taxes and Duties
Unless otherwise specified in the SC, the Consultants, Sub consultants, and their Personnel
shall pay such taxes, duties, fees, and other impositions as may be levied under the
Applicable Law, the amount of which is deemed to have been included in the Contract Price.
2. Commencement, Completion, Modification, and Termination of Contract
2.1. Effectiveness of Contract
This Contract shall come into effect on the date the Contract is signed by the Parties or such
other later date as may be stated in the SC (Effective Date).
2.2. Commencement of Services
The Consultants shall begin carrying out the Services Seven (7) days after the date the
Contract becomes effective, or at such other date as may be specified in the SC.
2.3. Expiration of Contract
Unless terminated earlier pursuant to Clause 2.6, this Contract shall terminate at the end of
such time period after the Effective Date as is specified in the SC.
2.4. Modification
Modification of the terms and conditions of this Contract, including any modification of the
scope of the Services or of the Contract Price, may only be made by written agreement
between the Parties.
2.5. Force Majeure
2.5.1. Definition
For the purposes of this Contract, "Force Majeure" means an event which is beyond
the reasonable control of a Party and which makes a Party's performance of its
obligations under the Contract impossible or so impractical as to be considered
impossible under the circumstances.
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
45
2.5.2. No Breach of Contract
The failure of a Party to fulfill any of its obligations under the contract shall not be
considered to be a breach of, or default under, this Contract insofar as such inability
arises from an event of Force Majeure, provided that the Party affected by such an
event (a) has taken all reasonable precautions, due care and reasonable alternative
measures in order to carry out the terms and conditions of this Contract, and (b)
has informed the other Party as soon as possible about the occurrence of such an
event.
2.5.3. Extension of Time
Any period within which a Party shall, pursuant to this Contract, complete any
action or task, shall be extended for a period equal to the time during which such
Party was unable to perform such action as a result of Force Majeure.
2.5.4. Payments
During the period of their inability to perform the Services as a result of an event of
Force Majeure, the Consultants shall be entitled to continue to be paid under the
terms of this Contract during such period for the purposes of the Services and in
reactivating the Service after the end of such period.
2.6. Termination
2.6.1. By the Client
The Client may terminate this Contract, by not less than thirty (15) days' written
notice of termination to the Consultants, to be given after the occurrence of any of
the events specified in paragraphs (a) through (e) of this Clause 2.6.1:
a. if the Consultants do not remedy a failure in the performance of their obligations
under the Contract, within thirty (15) days after being notified or within any
further period as the Client may have subsequently approved in writing;
b. if the Consultants become insolvent or bankrupt;
c. if, as the result of Force Majeure, the Consultants are unable to perform a
material portion of the Services for a period of not less than Sixty (30) days; or
d. if the consultant, in the judgment of the client has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract. For the
purpose of this clause:" corrupt practice" means the offering, giving, receiving, or
soliciting of anything of value to influence the action of a public official in the
selection process or in contract execution. “fraudulent practice" means a
misrepresentation of facts in order to influence a selection process or the
execution of a contract to the detriment of the Borrower, and includes collusive
practice among consultants (prior to or after submission of proposals) designed
to establish prices at artificial non-competitive levels and to deprive the
Borrower of the benefits of free and open competition.
e. if the Client, in its sole discretion, decides to terminate this Contract.
f. If the Consultant does not agree the final decision of Arbitration
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
46
2.6.2. By the Consultants
The Consultants may terminate this Contract, by not less than Thirty (15) days'
written notice to the Client, such notice to be given after the occurrence of any of
the events specified in paragraphs (a) and (b) of this Clause 2.6.2:
a. if the Client fails to pay any monies due to the Consultants pursuant to this
Contract and not subject to dispute pursuant to Clause 7 within Sixty (30) days
after receiving written notice from the Consultants that such payment is
overdue; or
b. if, as the result of Force Majeure, the Consultants are unable to perform a
material portion of the Services for a period of not less than Sixty (30) days.
2.6.3. Payment upon Termination
Upon termination of this Contract pursuant to Clauses 2.6.1 or 2.6.2, the Client shall
make the following payments to the Consultants:
Lump sum Consultancy fee up to that phase pursuant to Clause 6 for Services
satisfactorily performed prior to the effective date of termination;
3. Obligations of the Consultants
3.1. General
The Consultants shall perform the Services and carry out their obligations with all due
diligence, efficiency, and economy, in accordance with generally accepted professional
techniques and practices, and shall observe sound management practices, and employ
appropriate advanced technology and safe methods. The Consultants shall always act, in
respect of any matter relating to this Contract or to the Services, as faithful advisers to the
Client, and shall at all times support and safeguard the Client's legitimate interests in any
dealings with Sub consultants or third parties.
3.2. Conflict of Interests
3.2.1. Consultants Not to Benefit from Commissions, Discounts, etc.
The Consultancy Fee of the Consultants pursuant to Clause 6 shall constitute the
Consultants' sole remuneration in connection with this Contract or the Services,
and the Consultants shall not accept for their own benefit any trade commission,
discount, or similar payment in connection with activities pursuant to this Contract
or to the Services or in the discharge of their obligations under the Contract, and
the Consultants shall use their best efforts to ensure that the Personnel, any Sub
consultants, and agents of either of them similarly shall not receive any such
additional remuneration.
3.2.2. Consultants and Affiliates Not to Be Otherwise Interested in Project
The Consultants agree that, during the term of this Contract and after its
termination, the Consultants and their affiliates, as well as any Sub consultant and
any of its affiliates, shall be disqualified from providing goods, works, or services
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
47
(other than the Services and any continuation thereof) for any project resulting
from or closely related to the Services.
3.2.3. Prohibition of Conflicting Activities
Neither the Consultants nor their Sub consultants nor the Personnel shall engage,
either directly or indirectly, in any of the following activities:
a. during the term of this Contract, any business or professional activities in the
Government of India which would conflict with the activities assigned to them
under this Contract; or
b. after the termination of this Contract, such other activities as may be specified
in the SC.
3.3. Confidentiality
The Consultants, their Sub consultants, and the Personnel of either of them shall not, either
during the term or within two (2) years after the expiration of this Contract, disclose any
proprietary or confidential information relating to the Project, the Services, this Contract,
or the Client's business or operations without the prior written consent of the Client.
3.4. Insurance to Be Taken Out by the Consultants
The Consultants (a) shall take out and maintain, and shall cause any Sub consultants to take
out and maintain, at their (or the Sub consultants', as the case may be) own cost but on
terms and conditions approved by the Client, insurance against the risks, and for the
coverage, as shall be specified in the SC; and (b) at the Client's request, shall provide
evidence to the Client showing that such insurance has been taken out and maintained and
that the current premiums have been paid.
3.5. Consultants' Actions Requiring Client's Prior Approval
The Consultants shall obtain the Client's prior approval in writing before taking any of the
following actions:
a. entering into a subcontract for the performance of any part of the Services,
b. appointing such members of the Personnel not listed by name in Appendix C ("Key
Personnel and Sub consultants"), and
c. any other action that may be specified in the SC.
3.6. Reporting Obligations
The Consultants shall submit to the Client the reports and documents specified in Appendix
B in the form, in the numbers, and within the periods set forth in the said Appendix.
3.7. Documents Prepared by the Consultants to Be the Property of the Client
All plans, drawings, specifications, designs, reports, and other documents and software
submitted by the Consultants in accordance with Clause 3.6 shall become and remain the
property of the Client, and the Consultants shall, not later than upon termination or
expiration of this Contract, deliver all such documents and software to the Client, together
with a detailed inventory thereof. The Consultants may retain a copy of such documents
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
48
and software. Restrictions about the future use of these documents, if any, shall be specified
in the SC.
4. Consultants' Personnel
4.1. Description of Personnel
The titles, agreed job descriptions, minimum qualifications, and estimated periods of
engagement in the carrying out of the Services of the Consultants' Key Personnel are
described in Appendix C. The Key Personnel and Sub consultants listed by title as well as by
name in Appendix C are hereby approved by the Client.
4.2. Removal and/or Replacement of Personnel
Except as the Client may otherwise agree, no changes shall be made in the Key Personnel. If,
for any reason beyond the reasonable control of the Consultants, it becomes necessary to
replace any of the Key Personnel, the Consultants shall provide as a replacement a person
of equivalent or better qualifications.
If the Client finds that any of the Personnel have (i) committed serious misconduct or have
been charged with having committed a criminal action, or (ii) have reasonable cause to be
dissatisfied with the performance of any of the Personnel, then the Consultants shall, at the
Client's written request specifying the grounds therefor, provide as a replacement a person
with qualifications and experience acceptable to the Client.
The Consultants shall have no claim for additional costs arising out of or incidental to any
removal and/or replacement of Personnel.
5. Obligations of the Client
5.1. Assistance and Exemptions
The Client shall use its best efforts to ensure that the Stakeholders shall provide the
Consultants such assistance and exemptions as specified in the SC.
5.2. Change in the Applicable Law
If, after the date of this Contract, there is any change in the Applicable Law with respect to
taxes and duties which increases or decreases the cost of the services rendered by the
Consultants, then the remuneration and reimbursable expenses otherwise payable to the
Consultants under this Contract shall be increased or decreased accordingly by agreement
between the Parties, and corresponding adjustments shall be made to the amounts referred
to in Clauses 6.2 (a) or (b), as the case may be.
5.3. Services and Facilities
The Client shall make available to the Consultants the Services and Facilities listed under
Appendix D.
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
49
6. Payments to the Consultants
6.1. Lump Sum Remuneration
The Consultant's fee shall not exceed the Contract Price and shall be a fixed lump sum
including all staff costs, Sub consultants' costs, printing, communications, travel,
accommodation, and the like, and all other costs incurred by the Consultant in carrying out
the Services described in Appendix A. Except as provided in Clause 5.2, the Contract Price
may only be increased above the amounts stated in Clause 6.2 if the Parties have agreed to
additional payments in accordance with Clause 2.4.
6.2. Contract Price
The price payable in local currency is set forth in the SC.
6.3. Payment for Additional Services
For the purpose of determining the remuneration due for additional services as may be
agreed under Clause 2.4., a breakdown of the lump sum price is provided in Appendix E.
6.4. Terms and Conditions of Payment
Payments will be made to the account of the Consultants and according to the payment
schedule stated in the SC. Unless otherwise stated in the SC, the first payment shall be made
against the provision by the Consultants of a bank guarantee for the same amount, and
shall be valid for the period stated in the SC. Any other payment shall be made after the
conditions listed in the SC for such payment have been met, and the Consultants have
submitted an invoice to the Client specifying the amount due.
6.5. Interest on Delayed Payments
If the Client has delayed payments beyond fifteen (15) days after the due date stated in the
SC, interest shall be paid to the Consultants for each day of delay at the rate stated in the SC.
7. Settlement of Disputes
7.1. Amicable Settlement
The Parties shall use their best efforts to settle amicably all disputes arising out of or in
connection with this Contract or its interpretation.
7.2. Dispute Settlement
Any dispute between the Parties as to matters arising pursuant to this Contract that cannot
be settled amicably within thirty (30) days after receipt by one Party of the other Party's
request for such amicable settlement may be submitted by either Party for settlement in
accordance with the provisions specified in the SC.
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
50
Special Conditions of Contract
Number of
GC Clause
Amendments of, and Supplements to, Clauses in the General Conditions of
Contract
1. General Provisions
i) Member in-charge is “.”
1.3 The language is English
1.4 For the Client: Financial Advisor Cum Administrative Officer,OUIDF, Housing and
Urban Development Department, Govt of Odisha
4th Floor, Fortune Towers, Chandrasekharpur,Bhubaneswar,Odisha-751023
Phone:0674-2300396/397
For the Consultant:
Address -
Email:
1.6 Authorized Representative of Client: Sri Badri Prasad Rayaguru,Sr.Project
Manager,OUIDF
Authorised Representative of Consultant:
2. Commencement, Completion, Modification, and Termination of Contract
2.1 Effective Date: dd/mm/yyyy
2.2 The Consultants shall begin carrying out the Services Seven (7) days after the date the
Contract becomes effective, or at such other date as may be specified in the SC
2.3 8 Months excluding approval period from the Effective Date or oncompletion of the
Services by the Consultants to the satisfaction of Client
3.
Obligations
of
Consultant
3.1 Addition to Clause 3.1 of GC
Procurement Rules of Funding Agencies: Furthermore, if the Consultants, as part of
the Services, have the responsibility of advising the Client on the procurement of
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
51
goods, works, or services, the Consultants shall comply with any applicable
procurement guidelines of the Finance Department Government of Odisha and shall
at all times exercise such responsibility in the best interest of the Client.
3.2.3 As per Clause 2.2 & Annexure IX of RFP
For a period of two years after the expiration of this Contract, the Consultants shall
not engage, and shall cause their Personnel as well as their Sub-consultants and their
Personnel not to engage, in the activity of a purchaser (directly or indirectly) of the
assets on which they advised the Client under this Contract, nor shall they engage in
the activity of an adviser (directly or indirectly) of potential purchasers of such assets
3.4 The Consultant shall take adequate insurance to cover any third party liability and
professional indemnity insurance.
3.5 (c ) Consultant shall not subcontract the any work to any agency
3.7 Neither Party shall use these documents for purposes unrelated to this Contract
without the prior written approval of the other Party
6. Payment
to the
Consultants
6.2 Price payable exclusive of Service Tax is …………………………………….
6.4 i. No Advance payment
ii. Payment to Consultant shall be made as per TOR of RFP
The payments are subject to the acceptance of the deliverables by Client for
every stage of the Project. Performance Guarantee (10% of Contract Value) will
be released after completion of the assignment to the satisfaction of the Client.
iii. The payments are subject to the acceptance of the work performed by the
Agency to the satisfaction of the Client.
iv. The Non Compliance to the time schedule or any violation of the Contract by
the Consultant shall entitle Client to encash the Performance Guarantee. 0.5%
of Contract value for each milestone as liquidated damage per week shall be
deducted for delay in submission of deliverables/stages/milestone subject to
maximum of 10% of the Contract Value.
v. On Successful completion of assignment Performance Guarantee (10% of
Contract Value) shall be released subject to any deductions.
6.5 i. Payment shall be made within fifteen (15) days of receipt of the invoice and the
relevant documents specified in Appendix B
ii. No interest is payable on delayed payment.
7. Settlement
of Disputes
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
52
7.2 In the case of dispute arising upon or in relation to or in connection with thecontract
between the Employer and the Consultant, which has not been settled amicably, any
party can refer the dispute for Arbitration under (Indian) Arbitration and Conciliation
Act, 1996. Such disputes shall be referred to an Arbitral Tribunal consisting of 3
(three) arbitrators, one each to be appointed by the Employer and the Consultant, the
third arbitrator shall be chosen by the two arbitrators so appointed by the parties and
shall act as Presiding Arbitrator. In case of failure of the two arbitrators, appointed by
the parties to reach a consensus regarding the appointment of the third arbitrator
within a period of 30 days from the date of appointment of the two arbitrators, the
Presiding arbitrator shall be appointed by the Secretary of the Ministry / Department.
The Arbitration and Conciliation Act, 1996 and any statutory modification or re-
enactment thereof, shall apply to these arbitration proceedings.
Arbitration proceedings shall be held in India at the Bhubaneswar Jurisdiction and
the language of the arbitration proceedings and that of all documents and
communications between the parties shall be English.
The decision of the majority of arbitrators shall be final and binding upon both
parties. The expenses of the arbitrators as determined by the arbitrators shall be
shared equally by the Employer and the Consultant. However, the expenses incurred
by each party in connection with the preparation, presentation shall be borne by the
party itself. All arbitration awards shall be in writing and shall state the reasons for
the award.
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
53
APPENDICES
APPENDIX A - DESCRIPTION OF THE SERVICES:- As per Annexure 1-TOR of the RFP Notice
No.01/2016 dated 01st Dec2016
APPENDIX B - DELIVERABLES & PAYMENT SCHEDULE:- (As per Clause of TOR of the RFP)
APPENDIX C – KEY PERSONNEL AND SUB-CONSULTANTS :-(As per clause 3.1.4 of RFP)
APPENDIX D - ROLE OF CLIENT: - (As per Clause of TOR of the RFP)
APPENDIX E – BREAKDOWN OF LUMP SUM PRICES
APPENDIX F – PRE-BID MEETING MINUTES
APPENDIX G- RFP
APPENDIX H-MODEL PERFORMANCE GUARANTEE
RFP FOR APPOINTMENT OF DESIGN AGENCY FOR BRANDING OF OUIDF
54
APPENDIX-H
MODEL PERFORMANCE GUARANTEE
Address of guarantor bank:……………. ………………………………………………………..
Address of beneficiary (Client): The Secretary, OUIDF Cum Ex-Officio Special Secretary to H&UD Dept 1st Floor, Annexe-B, Odisha Secretariate,Bhubaneswar,Odisha-751001
On ______ you concluded with (name and full address) _____("Consultant") a Contract for Appointment of Design Agency for OUIDF financed Projects(Project, object of the Contract) at a price of _________________. We, the undersigned ________________(bank), waiving all objections and defenses under the aforementioned contract, hereby irrevocably and independently guarantee to pay on your first written demand an amount up to a total of _________________ (in words ___________.)against your written declaration that the Consultant has failed to perform the aforementioned contract. In the event of any claim under this guarantee, payment shall be effected to , The Secretary.OUIDF Bhubaneswar account No.3249633555 of State Bank of India, Secretariat Branch, IFSC:SBIN0010236. for account of OUIDF (Client).This guarantee shall remain valid for a period of one year from the date of issue &by which date we must have received any claims by letter or coded telecommunication. It is understood that you will return this guarantee to us on expiry or after settlement of the total amount to be claimed hereunder. ............................................. ................................................ Place, date Guarantor
top related